Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 23, 2013 FBO #4137
SOURCES SOUGHT

42 -- SOURCES SOUGHT - MORNING PRIDE BRAND FIRE GEAR

Notice Date
3/21/2013
 
Notice Type
Sources Sought
 
NAICS
339999 — All Other Miscellaneous Manufacturing
 
Contracting Office
MICC - West Point, Directorate of Contracting, ATTN: SFCA-NR-WP, 681 Hardee Place, West Point, NY 10996-1514
 
ZIP Code
10996-1514
 
Solicitation Number
W911SD13BUNKER
 
Response Due
3/25/2013
 
Archive Date
5/20/2013
 
Point of Contact
Gina Blum, 845-938-5858
 
E-Mail Address
MICC - West Point
(gina.blum@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
SOURCES SOUGHT ONLY: This is a Sources Sought request for information to be used for market research purposes only. The Government is conducting market research to assist in determining the appropriate acquisition strategy and potential set-asides. The Government is seeking responses from SMALL BUSINESSES capable of providing the products and services below. THIS IS NOT A REQUEST FOR QUOTE or PROPOSAL. Responses to this announcement are not considered quotes or offers and cannot be accepted by the Government to form a binding contract. Responses will not be used for evaluation in any resultant solicitation for this requirement. The government shall not be held responsible for any costs incurred in response to this sources sought announcement. Participation is strictly voluntary. This notice will close March 25, 2013 at 1100 AM EASTERN TIME. The Mission and Installation Contracting Command at West Point, NY, has an anticipated requirement to procure MORNING PRIDE BRAND BUNKER GEAR, LTO Tails and Pants (FIVE PAIR) in various sizes, in accordance with NYS specifications, compatible with our bail-out systems. VENDOR MUST TRAVEL TO WEST POINT, NY, WITHIN TWO WEEKS OF NOTIFICATION TO CONDUCT FITTINGS FOR EACH OF THE PAIRS OF BUNKER GEAR. Respondents shall provide a full description of their capability to meet the anticipated requirement. Interested respondents should submit a brief capabilities statement package(no more than 5 pages in length) clearly demonstrating the firm's ability to perform the manufacturing listed. A generic capability statement is not acceptable. Please review the requirements listed below. At a minimum, the package shall address the following: 1. Title of the requirement, Company Name, Address, and POC. 2. Company profile to include number of employees, annual revenue history, office location(s), DUNS number/CAGE Code, and a statement regarding current small business status to include small business type(s)/certification(s) such as: SDB, 8a, HubZone, SDVOB, etc. 3. Prior/current experience (private and/or government) performing efforts of similar size and scope within the last five years. Statements should describe the dollar value, indicate whether your firm acted as the prime or subcontractor, list a customer Point of Contact with phone number, and provide description of the experience and how the referenced experience relates to the products/services described herein.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/3c344b73f4f25cb045e545b96d142a55)
 
Place of Performance
Address: MICC - West Point Directorate of Contracting, ATTN: SFCA-NR-WP, 681 Hardee Place West Point NY
Zip Code: 10996-1514
 
Record
SN03018237-W 20130323/130321235124-3c344b73f4f25cb045e545b96d142a55 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.